Loading...
HomeMy WebLinkAboutStaff Report 2510-5308CITY OF PALO ALTO CITY COUNCIL Special Meeting Monday, January 12, 2026 Council Chambers & Hybrid 5:30 PM     Agenda Item     5.Approval of Professional Services Contract Number C26195486 with Baron Contracting in an Amount Not-to-Exceed $514,528 for Gas Leak Survey Services for a Period of Three Years. CEQA Status – Exempt Under CEQA Guidelines Sections 15301(c) and 15308 (Existing Facilities). 8 3 8 2 City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Utilities Meeting Date: January 12, 2026 Report #:2510-5308 TITLE Approval of Professional Services Contract Number C26195486 with Baron Contracting in an Amount Not-to-Exceed $514,528 for Gas Leak Survey Services for a Period of Three Years. CEQA Status – Exempt Under CEQA Guidelines Sections 15301(c) and 15308 (Existing Facilities). RECOMMENDATION Staff recommends that the City Council approve and authorize the City Manager or their designee to execute Contract No. C26195486 (Attachment A) with Baron Contracting for annual walking and mobile gas leak surveys for a three-year term with a total not-to-exceed amount of $514,528, including $424,528 for basic services and $90,000 for additional services. EXECUTIVE SUMMARY The City’s Gas Operations in the Utilities Department conducts an annual mobile survey that tests of the atmosphere near gas mains; in gas, electric, telephone, sewer, and water system manholes; at cracks in the pavement and sidewalks; and at other locations offering an opportunity to find gas leaks. This survey checks every gas main in the City and walks every service line in each of the fourteen identified business districts. Gas Operations also conducts a walking survey of each gas service in the system in one half of the City every year, so that within a two-year cycle, the entire City is surveyed by walking. Natural movement in the ground as well as human impacts can cause small leaks in the system that would not necessarily be identified until they became larger and more hazardous. The walking leak survey involves a qualified technician carrying gas detection equipment and walking every gas service line and evaluating every gas meter in the portion of the City being surveyed. BACKGROUND The City of Palo Alto owns and operates its own utilities (water, gas, wastewater collection and treatment, and electric) and delivers gas to over 24,000 meters. The Utilities Department maintains and operates over 210 miles of distribution main and approximately 17,395 8 3 8 2 individual gas service pipelines with an average service length of 61 feet. The distribution main pipeline material is comprised of polyethylene (PE) pipe, coated steel, polyvinyl chloride (PVC), and acrylonitrile butadiene styrene (ABS). The gas distribution system is split into a grid system by northern and southern sections. One section is leak surveyed annually, for one complete survey of the City every two years. There are fourteen principal business districts throughout the City, (consisting of over 1,870 gas services) which are surveyed annually. Lastly, leaks that were not repaired the previous year are carried over to the next year for leak surveying. These carry over leaks consist of approximately 100 annually. 8 3 8 2 ANALYSIS On August 19, 2025, the City posted a request for proposal (RFP) for the Gas Leak Survey on the City’s electronic procurement system, OpenGov. The bidding period was 22 calendar days. The City received four (4) proposals from qualified contractors on September 18, 2025, as listed below. Proposal Description Walking and Mobile Gas (Methane) Leak Surveys RFP No. 195486 Proposed Length of Project 3 years Number of Proposal Packages Downloaded 20 Total Days to Respond to Proposal 30 Pre-Proposal Meeting No Number of Proposals Received 4 (2 responsive and 2 non-responsive) Proposal Price Range $424,558 to $1,140,140 Public Link to Solicitation https://procurement.opengov.com/portal/palo- alto-ca/projects/191826 Proposal results of responsive submittals are shown below: Vendor Year 1 Year 2 Year 3 Total Baron Contracting $ 138,000 $ 141,525 $ 145,033 $ 424,558 Alisto Inc $ 367,300 $ 379,520 $ 393,320 $ 1,140,140 After a thorough review of the proposals submitted, Heath Consultants was disqualified due to being non-responsive to clarify their proposal cost calculations. Leak Detection Services Inc. was considered non-responsive as they did not provide all required documents in their proposal package. Baron Contracting was selected due to the quality of their proposal, past experience working with public agencies and total cost. 8 3 8 2 The City’s current vendor, Manesco Corporation, is currently completing the third year of a six- year contract for Gas Leak Survey services. Unfortunately, Manesco will be retiring and is unable to fulfill the remainder of the contract. The RFP was issued in anticipation of Manesco closing their business, solicitating proposals for three-years so that during this time, staff can evaluate the service provided. FISCAL/RESOURCE IMPACT STAKEHOLDER ENGAGEMENT ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Professional Services Rev. Oct 16,2024 Page 1 of 29 CITY OF PALO ALTO CONTRACT NO. C26195486 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PALO ALTO AND BARON CONTRACTING This Agreement for Professional Services (this “Agreement”) is entered into as of the 15th day of December, 2025 (the “Effective Date”), by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and BARON CONTRACTING, a California corporation, located at 1098 Foster City Blvd., #106-862, Foster City, CA 94404 (“CONSULTANT”). The following recitals are a substantive portion of this Agreement and are fully incorporated herein by this reference: RECITALS A. CITY intends to issue a contract (the “Project”) and desires to engage a consultant to perform leak surveys for the City in connection with the Project (the “Services”, as detailed more fully in Exhibit A). B. CONSULTANT represents that it, its employees and subconsultants, if any, possess the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY, in reliance on these representations, desires to engage CONSULTANT to provide the Services as more fully described in Exhibit A, entitled “SCOPE OF SERVICES”. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree as follows: SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit A in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. Optional On-Call Provision (This provision only applies if checked and only applies to on-call agreements.) CITY may elect to, but is not required to, authorize on-call Services up to the maximum compensation amount set forth in Section 4 (Not to Exceed Compensation). CONSULTANT shall provide on-call Services only by advanced, written authorization from CITY as detailed in this Section. On-call Services, if any, shall be authorized by CITY, as needed, with a Task Order assigned and approved by CITY’s Project Manager, as identified in Section 13 (Project Management). Each Task Order shall be in substantially the same form as Exhibit A-1 entitled “PROFESSIONAL SERVICES TASK ORDER”. Each Task Order shall contain a specific scope of services, schedule of performance and maximum compensation amount, in accordance with the provisions of this Agreement. Compensation for on-call Services shall be specified by CITY in the Task Order, based on Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 2 of 29 whichever is lowest: the compensation structure set forth in Exhibit C, the hourly rates set forth in Exhibit C-1, or a negotiated lump sum. To accept a Task Order, CONSULTANT shall sign the Task Order and return it to CITY’s Project Manager within the time specified by the Project Manager, and upon authorization by CITY (defined as counter-signature by the CITY Project Manager), the fully executed Task Order shall become part of this Agreement. The cumulative total compensation due to CONSULTANT for all Task Orders issued under this Agreement shall not exceed the amount of compensation set forth in Section 4. CONSULTANT shall only be compensated for on-call Services performed under an authorized Task Order and only up to the maximum compensation amount set forth in Section 4. Performance of and payment for any on-call Services are subject to all requirements and restrictions in this Agreement. SECTION 2. TERM. The term of this Agreement shall be from January 1, 2026, through December 31, 2029, unless terminated earlier pursuant to Section 19 (Termination) of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit B, entitled “SCHEDULE OF PERFORMANCE”. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services shall be based on the compensation structure detailed in Exhibit C, entitled “COMPENSATION,” including any reimbursable expenses specified therein, and the maximum total compensation shall not exceed Five Hundred Fourteen Thousand Five Hundred Fifty-Eight Dollars ($514,558.00). The hourly schedule of rates, if applicable, is set out in Exhibit C-1, entitled “SCHEDULE OF RATES.” Any work performed or expenses incurred for which payment would result in a total exceeding the maximum compensation set forth in this Section 4 shall be at no cost to the CITY. Optional Additional Services Provision (This provision applies only if checked and a not-to-exceed compensation amount for Additional Services is allocated below under this Section 4.) In addition to the not-to-exceed compensation specified above, CITY has set aside the not- to-exceed compensation amount of Dollars ($ ) for the performance of Additional Services (as defined below). The total compensation for performance of the Services, Additional Services and any reimbursable expenses specified in Exhibit C, shall not exceed Dollars ($ ), as detailed in Exhibit C. “Additional Services” means any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 3 of 29 described at Exhibit A. CITY may elect to, but is not required to, authorize Additional Services up to the maximum amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall provide Additional Services only by advanced, written authorization from CITY as detailed in this Section. Additional Services, if any, shall be authorized by CITY with a Task Order assigned and authorized by CITY’s Project Manager, as identified in Section 13 (Project Management). Each Task Order shall be in substantially the same form as Exhibit A-1, entitled “PROFESSIONAL SERVICES TASK ORDER”. Each Task Order shall contain a specific scope of services, schedule of performance and maximum compensation amount, in accordance with the provisions of this Agreement. Compensation for Additional Services shall be specified by CITY in the Task Order, based on whichever is lowest: the compensation structure set forth in Exhibit C, the hourly rates set forth in Exhibit C-1, or a negotiated lump sum. To accept a Task Order, CONSULTANT shall sign the Task Order and return it to CITY’s Project Manager within the time specified by the Project Manager, and upon authorization by CITY (defined as counter-signature by the CITY Project Manager), the fully executed Task Order shall become part of this Agreement. The cumulative total compensation to CONSULTANT for all Task Orders authorized under this Agreement shall not exceed the amount of compensation set forth for Additional Services in this Section 4. CONSULTANT shall only be compensated for Additional Services performed under an authorized Task Order and only up to the maximum amount of compensation set forth for Additional Services in this Section 4. Performance of and payment for any Additional Services are subject to all requirements and restrictions in this Agreement. SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the Services performed and the applicable charges (including, if applicable, an identification of personnel who performed the Services, hours worked, hourly rates, and reimbursable expenses), based upon Exhibit C or, as applicable, CONSULTANT’s schedule of rates set forth in Exhibit C-1. If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s invoices shall be subject to verification by CITY. CONSULTANT shall send all invoices to CITY’s Project Manager at the address specified in Section 13 (Project Management) below. CITY will generally process and pay invoices within thirty (30) days of receipt of an acceptable invoice. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it, its employees and subcontractors, if any, possess the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subcontractors, if any, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All Services to be furnished by CONSULTANT under this Agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 4 of 29 may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement, as amended from time to time. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULTANT is solely responsible for costs, including, but not limited to, increases in the cost of Services, arising from or caused by CONSULTANT’s errors and omissions, including, but not limited to, the costs of corrections such errors and omissions, any change order markup costs, or costs arising from delay caused by the errors and omissions or unreasonable delay in correcting the errors and omissions. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds the CITY’s stated construction budget by ten percent (10%) or more, CONSULTANT shall make recommendations to CITY for aligning the Project design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. CONSULTANT acknowledges and agrees that CONSULTANT and any agent or employee of CONSULTANT will act as and shall be deemed at all times to be an independent contractor and shall be wholly responsible for the manner in which CONSULTANT performs the Services requested by CITY under this Agreement. CONSULTANT and any agent or employee of CONSULTANT will not have employee status with CITY, nor be entitled to participate in any plans, arrangements, or distributions by CITY pertaining to or in connection with any retirement, health or other benefits that CITY may offer its employees. CONSULTANT will be responsible for all obligations and payments, whether imposed by federal, state or local law, including, but not limited to, FICA, income tax withholdings, workers’ compensation, unemployment compensation, insurance, and other similar responsibilities related to CONSULTANT’s performance of the Services, or any agent or employee of CONSULTANT providing same. Nothing in this Agreement shall be construed as creating an employment or agency relationship between CITY and CONSULTANT or any agent or employee of CONSULTANT. Any terms in this Agreement referring to direction from CITY shall be construed as providing for direction as to policy and the result of CONSULTANT’s provision of the Services only, and not as to the means by which such a result is obtained. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written approval of the City Manager. Any purported assignment made without the prior written approval of the City Manager will be void and without effect. Subject to the foregoing, the covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators and assignees of the parties. SECTION 12. SUBCONTRACTING. Option A: No Subcontractor: CONSULTANT shall not subcontract any portion of the Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 5 of 29 Services to be performed under this Agreement without the prior written authorization of the City Manager or designee. In the event CONSULTANT does subcontract any portion of the work to be performed under this Agreement, CONSULTANT shall be fully responsible for all acts and omissions of subcontractors. Option B: Subcontracts Authorized: Notwithstanding Section 11 (Assignment) above, CITY agrees that subcontractors may be used to complete the Services. The subcontractors authorized by CITY to perform work on this Project are: CONSULTANT shall be responsible for directing the work of any subcontractors and for any compensation due to subcontractors. CITY assumes no responsibility whatsoever concerning compensation of subcontractors. CONSULTANT shall be fully responsible to CITY for all acts and omissions of subcontractors. CONSULTANT shall change or add subcontractors only with the prior written approval of the City Manager or designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Logan Baron as the CONSULTANT’s Project Manager to have supervisory responsibility for the performance, progress, and execution of the Services and represent CONSULTANT during the day-to-day performance of the Services. If circumstances cause the substitution of the CONSULTANT’s Project Manager or any other of CONSULTANT’s key personnel for any reason, the appointment of a substitute Project Manager and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s Project Manager. CONSULTANT, at CITY’s request, shall promptly remove CONSULTANT personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Services or a threat to the safety of persons or property. CITY’s Project Manager is Diamond Perkins, Utilities Department, WGW Operations Division, 1007 Elwell Ct., Palo Alto, CA, 94303, Telephone: 650-838-2838. CITY’s Project Manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. CITY may designate an alternate Project Manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. All work product, including without limitation, all writings, drawings, studies, sketches, photographs, plans, reports, specifications, computations, models, recordings, data, documents, and other materials and copyright interests developed under this Agreement, in any form or media, shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work product pursuant to this Agreement are vested in CITY, and CONSULTANT hereby waives and relinquishes all claims to copyright or other intellectual property rights in favor of CITY. Neither CONSULTANT nor its subcontractors, if any, shall make any of such work product available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the Scope of Services. SECTION 15. AUDITS. CONSULTANT agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for four (4) years from the date of final payment, CONSULTANT’s records pertaining to matters covered by Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 6 of 29 this Agreement, including without limitation records demonstrating compliance with the requirements of Section 10 (Independent Contractor). CONSULTANT further agrees to maintain and retain accurate books and records in accordance with generally accepted accounting principles for at least four (4) years after the expiration or earlier termination of this Agreement or the completion of any audit hereunder, whichever is later. SECTION 16. INDEMNITY. 16.1. To the fullest extent permitted by law, CONSULTANT shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all third party demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorney’s fees, experts fees, court costs and disbursements (“Claims”) to the extent that such Claims arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. CITY will reimburse CONSULTANT for the proportionate percentage of defense costs exceeding CONSULTANT’s proportionate percentage of fault as determined by the final judgment of a court of competent jurisdiction. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from a Claim arising from the active negligence or willful misconduct of an Indemnified Party that is not contributed to by any act of, or by any omission to perform a duty imposed by law or agreement by, CONSULTANT, its officers, employees, agents or contractors under this Agreement. 16.3. The acceptance of CONSULTANT’s Services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. No waiver of a condition or nonperformance of an obligation under this Agreement is effective unless it is in writing in accordance with Section 29.4 of this Agreement. No delay or failure to require performance of any provision of this Agreement shall constitute a waiver of that provision as to that or any other instance. Any waiver granted shall apply solely to the specific instance expressly stated. No single or partial exercise of any right or remedy will preclude any other or further exercise of any right or remedy. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit D, entitled “INSURANCE REQUIREMENTS”. CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 7 of 29 CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Chief Procurement Officer during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. If CONSULTANT fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided under this Agreement or at law, the City Manager may terminate this Agreement sooner upon written notice of termination. Upon receipt of any notice of suspension or termination, CONSULTANT will discontinue its performance of the Services on the effective date in the notice of suspension or termination. 19.2. In event of suspension or termination, CONSULTANT will deliver to the City Manager on or before the effective date in the notice of suspension or termination, any and all work product, as detailed in Section 14 (Ownership of Materials), whether or not completed, prepared by CONSULTANT or its contractors, if any, in the performance of this Agreement. Such work product is the property of CITY, as detailed in Section 14 (Ownership of Materials). 19.3. In event of suspension or termination, CONSULTANT will be paid for the Services rendered and work products delivered to CITY in accordance with the Scope of Services up to the effective date in the notice of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s Services provided in material conformity with this Agreement as such determination is made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 17, 19.2, 19.3, 19.4, 20, 25, Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 8 of 29 27, 28, 29 and 30. 19.4. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement, unless made in accordance with Section 17 (Waivers). SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the Project Manager at the address of CONSULTANT recited on the first page of this Agreement. CONSULTANT shall provide written notice to CITY of any change of address. SECTION 21. CONFLICT OF INTEREST. 21.1. In executing this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subcontractors or other persons or parties having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California, as amended from time to time. CONSULTANT agrees to notify CITY if any conflict arises. 21.3. If the CONSULTANT meets the definition of a “Consultant” as defined by the Regulations of the Fair Political Practices Commission, CONSULTANT will file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act of 1974, as amended from time to time. SECTION 22. NONDISCRIMINATION; COMPLIANCE WITH ADA. 22.1. As set forth in Palo Alto Municipal Code Section 2.30.510, as amended from time to time, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person due to that person’s race, skin color, gender, gender identity, age, religion, disability, national origin, ancestry, sexual orientation, pregnancy, genetic Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 9 of 29 information or condition, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. 22.2. CONSULTANT understands and agrees that pursuant to the Americans Disabilities Act (“ADA”), programs, services and other activities provided by a public entity to the public, whether directly or through a contractor or subcontractor, are required to be accessible to the disabled public. CONSULTANT will provide the Services specified in this Agreement in a manner that complies with the ADA and any other applicable federal, state and local disability rights laws and regulations, as amended from time to time. CONSULTANT will not discriminate against persons with disabilities in the provision of services, benefits or activities provided under this Agreement. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Department, hereby incorporated by reference and as amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include, first, minimizing and reducing waste; second, reusing waste; and, third, recycling or composting waste. In particular, CONSULTANT shall comply with the following Zero Waste requirements: (a) All printed materials provided by CONSULTANT to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable-based inks. (b) Goods purchased by CONSULTANT on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Department’s office. (c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE. CONSULTANT shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONSULTANT shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code Section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code Section 4.62.060. SECTION 25. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 10 of 29 the Charter of the City of Palo Alto and the Palo Alto Municipal Code, as amended from time to time. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS. 26.1. This Project is not subject to prevailing wages and related requirements. CONSULTANT is not required to pay prevailing wages and meet related requirements under the California Labor Code and California Code of Regulations in the performance and implementation of the Project if the contract: (1) is not a public works contract; (2) is for a public works construction project of $25,000 or less, per California Labor Code Sections 1782(d)(1), 1725.5(f) and 1773.3(j); or (3) is for a public works alteration, demolition, repair, or maintenance project of $15,000 or less, per California Labor Code Sections 1782(d)(1), 1725.5(f) and 1773.3(j). SECTION 27. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 27, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (Cal. Pub. Cont. Code § 9204.) Per California Public Contract Code Section 9204, for Public Works Projects, certain claims procedures shall apply, as set forth in Exhibit F, entitled “Claims for Public Contract Code Section 9204 Public Works Projects”. This Project is not a 9204 Public Works Project. SECTION 28. CONFIDENTIAL INFORMATION. 28.1. In the performance of this Agreement, CONSULTANT may have access to CITY’s Confidential Information (defined below). CONSULTANT will hold Confidential Information in strict confidence, not disclose it to any third party, and will use it only for the performance of its obligations to CITY under this Agreement and for no other purpose. CONSULTANT will maintain reasonable and appropriate administrative, technical and physical safeguards to ensure the security, confidentiality and integrity of the Confidential Information. Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to its employees, agents and subcontractors, if any, to the extent they have a need to know in order to perform CONSULTANT’s obligations to CITY under this Agreement and for no other purpose, provided that the CONSULTANT informs them of, and requires them to follow, the confidentiality and security obligations of this Agreement. 28.2. “Confidential Information” means all data, information (including without limitation “Personal Information” about a California resident as defined in Civil Code Section 1798 et seq., as amended from time to time) and materials, in any form or media, tangible or intangible, provided or otherwise made available to CONSULTANT by CITY, directly or Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 11 of 29 indirectly, pursuant to this Agreement. Confidential Information excludes information that CONSULTANT can show by appropriate documentation: (i) was publicly known at the time it was provided or has subsequently become publicly known other than by a breach of this Agreement; (ii) was rightfully in CONSULTANT’s possession free of any obligation of confidence prior to receipt of Confidential Information; (iii) is rightfully obtained by CONSULTANT from a third party without breach of any confidentiality obligation; (iv) is independently developed by employees of CONSULTANT without any use of or access to the Confidential Information; or (v) CONSULTANT has written consent to disclose signed by an authorized representative of CITY. 28.3. Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to the extent required by order of a court of competent jurisdiction or governmental body, provided that CONSULTANT will notify CITY in writing of such order immediately upon receipt and prior to any such disclosure (unless CONSULTANT is prohibited by law from doing so), to give CITY an opportunity to oppose or otherwise respond to such order. 28.4. CONSULTANT will notify City promptly upon learning of any breach in the security of its systems or unauthorized disclosure of, or access to, Confidential Information in its possession or control, and if such Confidential Information consists of Personal Information, CONSULTANT will provide information to CITY sufficient to meet the notice requirements of Civil Code Section 1798 et seq., as applicable, as amended from time to time. 28.5. Prior to or upon termination or expiration of this Agreement, CONSULTANT will honor any request from the CITY to return or securely destroy all copies of Confidential Information. All Confidential Information is and will remain the property of the CITY and nothing contained in this Agreement grants or confers any rights to such Confidential Information on CONSULTANT. 28.6. If selected in Section 30 (Exhibits), this Agreement is also subject to the terms and conditions of the Information Privacy Policy and Cybersecurity Terms and Conditions. SECTION 29. MISCELLANEOUS PROVISIONS. 29.1. This Agreement will be governed by California law, without regard to its conflict of law provisions. 29.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 29.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties. 29.4. This Agreement, including all exhibits, constitutes the entire and integrated agreement between the parties with respect to the subject matter of this Agreement, and supersedes Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 12 of 29 all prior agreements, negotiations, representations, statements and undertakings, either oral or written. This Agreement may be amended only by a written instrument, which is signed by the authorized representatives of the parties and approved as required under Palo Alto Municipal Code, as amended from time to time. 29.5. If a court of competent jurisdiction finds or rules that any provision of this Agreement is void or unenforceable, the unaffected provisions of this Agreement will remain in full force and effect. 29.6. In the event of a conflict between the terms of this Agreement and the exhibits hereto (per Section 30) or CONSULTANT’s proposal (if any), the Agreement shall control. In the event of a conflict between the exhibits hereto and CONSULTANT’s proposal (if any), the exhibits shall control. 29.7. The provisions of all checked boxes in this Agreement shall apply to this Agreement; the provisions of any unchecked boxes shall not apply to this Agreement. 29.8. All section headings contained in this Agreement are for convenience and reference only and are not intended to define or limit the scope of any provision of this Agreement. 29.9. This Agreement may be signed in multiple counterparts, which, when executed by the authorized representatives of the parties, shall together constitute a single binding agreement. SECTION 30. EXHIBITS. Each of the following exhibits, if the check box for such exhibit is selected below, is hereby attached and incorporated into this Agreement by reference as though fully set forth herein: EXHIBIT A: SCOPE OF SERVICES EXHIBIT A-1: PROFESSIONAL SERVICES TASK ORDER EXHIBIT B: SCHEDULE OF PERFORMANCE EXHIBIT C: COMPENSATION EXHIBIT C-1: SCHEDULE OF RATES EXHIBIT D: INSURANCE REQUIREMENTS THIS AGREEMENT IS NOT COMPLETE UNLESS ALL SELECTED EXHIBITS ARE ATTACHED. Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 13 of 29 CONTRACT NO. C26195486 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement as of the date first above written. CITY OF PALO ALTO ____________________________ City Manager APPROVED AS TO FORM: __________________________ City Attorney or designee BARON CONTRACTING By: ________________________________ Name: ______________________________ Title: _______________________________ By: ________________________________ Name: ______________________________ Title: _______________________________ Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F CEO Logan Baron Secretary Alicia Jordan Professional Services Rev. Oct 16,2024 Page 14 of 29 EXHIBIT A SCOPE OF SERVICES CONSULTANT shall provide the Services detailed in this Exhibit A, entitled “SCOPE OF SERVICES”. Notwithstanding any provision herein to the contrary, CONSULTANT’s duties and services described in this Scope of Services shall not include preparing or assisting CITY with any portion of CITY’s preparation of a request for proposals, request for qualifications, or any other solicitation regarding a subsequent or additional contract with CITY. CITY shall at all times retain responsibility for public contracting, including with respect to any subsequent phase of this project. CONSULTANT’s participation in the planning, discussions, or drawing of project plans or specifications shall be limited to conceptual, preliminary, or initial plans or specifications. CONSULTANT shall cooperate with CITY to ensure that all bidders for a subsequent contract on any subsequent phase of this project have access to the same information, including all conceptual, preliminary, or initial plans or specifications prepared by CONSULTANT pursuant to this Scope of Services. Surveyors 1. CONTRACTOR will provide a minimum of two Gas Leak Surveyors (GLSs) to perform leak surveys. At least one GLS will have a minimum of 5-years’ experience and a second GLS will have a minimum of 2-years’ experience performing natural gas leak surveys and leak grading on gas distribution or transmission pipelines using flame ionization (FI) and remote methane leak detector (RMLD) units. GLSs will be experienced and qualified in use of the approved leak survey equipment. 2. CONTRACTOR will be required to test and will qualify for the following Industrial Training Services (ITS) Operator Qualification task list: ITS Task # Task Name Re-Qual. Frequency Qual. Method Span of Control 141 3 Years~ K&S 1:0* 1271 3 Years~ K&S 1:0* 1311 3 Years~ K&S 1:0* * City will not approve span of control for CONTRACTOR personnel. Each GLS will be required to test and obtain 3. CONTRACTOR’s personnel will be entered and stored into ITS database. City will upload a maximum of two technicians in City’s ITS database; any additional technicians will be uploaded into CONTRACTOR’s ITS database. City will be granted rights to access CONTRACTOR’s ITS database to review and download qualifications of CONTRACTOR’s personnel performing tasks for City for duration of the agreement. Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 15 of 29 4. CONTRACTOR will maintain qualification records for personnel who perform covered tasks for a minimum period of 5 years after the individual is no longer performing them. The City has the right to review and receive such records upon request, for up to 5 years after the completion of the agreement. Equipment 1. Prior to beginning the leak survey each year, which is typically done in March/April, CONTRACTOR will submit an annual inventory list of each FI or RMLD unit that may be used. The list will identify survey usage (mobile or walking), model and serial number, CONTRACTOR’s identification number, age of unit, last calibration date, and next calibration due date. 2. CONTRACTOR will supply industry standard equipment for the duration of the contract. City reserves the right to accept or reject the equipment. Only units listed on the annual inventory list will be reviewed for approval by the City for use on this project. 3. CONTRACTOR will immediately remove from service any unit not calibrated in the appropriate intervals or not approved by City and replace such units with approved calibrated units. 4. While performing walking surveys, CONTRACTOR will provide each GLS with a handheld flame ionization unit or RMLD unit. 5. CONTRACTOR will supply gas canisters for FI units and ensure RMLD units are operational and fully charged. 6. While performing mobile surveys, CONTRACTOR will provide a vehicle, computer and approved mobile methane leak detector. The vehicle will be equipped with a multiple intake system of adequate length to obtain samples of air from an area at least eight (8) feet wide along the path of the survey. Mobile Survey 1. CONTRACTOR will furnish all labor and equipment necessary to conduct a mobile gas leak survey of approximately but not limited to Two Hundred Ten (210) miles of distribution mains, annually, through the City. 2. CONTRACTOR will operate the approved motor vehicle for use in conducting the survey. 3. CONTRACTOR will conduct the survey at speeds that allow an adequate sample to be continuously obtained by intakes as the vehicle passes over venting locations, considering the location of the gas main and any adverse conditions which may exist. Adverse conditions may include heavy traffic, parked vehicles, road closures, or other obstacles that may arise on public streets. The GLS will be accommodated in such adverse conditions as the GLS conducts the survey or inform the Project Manager if additional aid is required. Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 16 of 29 4. CONTRACTOR will verify all detected all leak indications by a walking survey and will classify the leak indications in accordance with Table 1 at the end of this document. 5. CONTRACTOR will establish the spread and concentration of each leak indication and enter the ground leak detection details on a ground leak survey report form (see Exhibit F). 6. CONTRACTOR will enter information on the report that documents: a. The date and by whom the survey was conducted b. Each leak will be identified by: i. Numerical sequence ii. Address, grade iii. Percentage (%) or part per million (PPM) gas reading c. The location of the leak with diagram of property addresses, street intersections, valve locations, etc.... 7. CONTRACTOR will mark all leaks in yellow paint upon verification. 8. CONTRACTOR will take care to prevent overspray or damage to customer property. Walking Survey 1. CONTRACTOR will survey the entire gas distribution system in a two (2) year cycle. In even numbered years CONTRACTOR will conduct the walking survey on the north side of the City and in odd numbered years CONTRACTOR will conduct the walking survey on the south side of the City. Contractor’s 2023 walking gas leak survey (the first year of this contract) will cover the south side of the City and will include approximately 9,000 commercial and residential gas services. Maps of both the north and south sides of the City are included in (see Exhibit H). 2. In addition to either the north or south side of the City, CONTRACTOR will also include the following fourteen principal business districts in the annual walking survey: Business Districts: Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 17 of 29 3. CONTRACTOR will be able to recognize and react appropriately according to their Contractor Operator Qualification certification to Abnormal Operating Conditions (AOCs) that may indicate a dangerous situation or a condition exceeding design limit. 4. CONTRACTOR will mark all leaks in yellow paint upon verification. 5. CONTRACTOR will take care to prevent overspray or damage to customer property. 6. The CONTRACTOR will furnish all professional services necessary to perform the tasks. 7. Provide a minimum of two technicians to be tested and qualified for performing leak surveys and completing visual inspections to identify abnormal operating conditions and atmospheric corrosion per the City’s Operator Qualification Plan. 8. Furnish all labor, equipment, material, travel and all necessary incidentals to conduct a mobile gas leak survey of all distribution mains. 9. Conduct a mobile survey of all gas distribution mains. 10. Check detection instruments for proper operation and calibrate each instrument with a known gas sample per the manufacturer’s specifications, before using the instruments to conduct the surveys. Submit proof of calibration each year to the Utilities Project before beginning the survey and as requested during the duration of the survey. 11. Furnish all labor, equipment, material, travel and all necessary incidentals to conduct a walking gas leak survey of all commercial and residential gas services, up to and including the meter sets in the fourteen principal business districts and either the North or South side of the City (in alternating years). 12. Survey each service line from the back of the curb up to and including the meter set. 13. Use gas detection equipment capable of detecting the concentration of at least 50 PPM of gas in the air at any sampling point. Equipment will analyze for methane content by using a flame ionization detector. The instrument will be equipped with a visual display of concentration levels and an audible detection alarm. 14. Document any Abnormal Operating Conditions (AOCs) found during the survey on a City-provided form (see Exhibit E), including photographs. Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 18 of 29 15. Revisit sites as described below on any initially inaccessible service lines and meter sets. 16. Conduct a recheck of all existing gas leaks identified on the survey maps each year. 17. Submit all completed forms to the Project Manager no later than 7:30 A.M. on the next regular business day following the day of the survey. 18. City will provide no carbon required (NCR) forms for all leak documentation (see Exhibits E & F) and locked gate doorhangers (see Exhibit G). Walking Survey Details 1. CONTRACTOR will conduct the walking survey every year on alternating sides (north and south) of the City. Maps of both the north and south sides of the City are included in (see Exhibit H). 2. CONTRACTOR will survey the entire gas distribution system in a two (2) year cycle. In even numbered calendar years, CONTRACTOR will conduct the walking survey on the north side of the City and in odd numbered years, CONTRACTOR will conduct the walking survey on the south side of the City. The 2023 walking gas leak survey (the first year of this contract) will cover the south side of the City and will include approximately 9,000 commercial and residential gas services. 3. In addition to either the north or south side of the City, the annual walking survey also includes the following fourteen principal business districts: Business Districts: 4. CONTRACTOR will survey each gas service, up to and including the meter set. 5. CONTRACTOR will conduct the survey at walking speeds sufficiently slow to allow an adequate sample to be continuously obtained by the instrument intake as it passes over Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 19 of 29 venting locations. In performing the leak survey of gas services, CONTRACTOR will survey the area to be covered along the route of the service line from the back of the curb, up to and including the meter set. 6. CONTRACTOR will address any leaks found during the walking survey as described below: a. Upon detection, CONTRACTOR will verify all leak indications and classify them in accordance with Table 1 at the end of this Exhibit. CONTRACTOR will establish the spread and concentration of each leak indication and enter the ground leak detection details on a ground leak survey report form (see Exhibit F). CONTRACTOR will enter information on the report form to document: i. When and by whom the survey was conducted ii. Each leak will be identified by: i. Numerical sequence ii. Address iii. Grade iv. Percentage (%) or part per million (PPM) gas reading v. Leak location, including a hand drawn map b. CONTRACTOR will complete meter leak/AOC forms supplied by the City, or a City approved equivalent (see Exhibit E), to assess compliance with City’s utility standards. CONTRACTOR may take the sample through the reading lid and is not required to remove the lids of curb meter boxes. i. CONTRACTOR will number the meter leak forms consecutively and separately from the ground leaks. CONTRACTOR will also conduct a visual inspection of the gas riser, gas meter and the regulator for defects, corrosion and illegal grounding by other utilities (including, but not limited to, telephone and cable companies). CONTRACTOR will complete a City- provided Abnormal Operating Condition (AOC) Survey form (see Exhibit E) for each location identified as an AOC. CONTRACTOR will provide a photograph of all reported AOCs. CONTRACTOR will ensure the address of the location will be visible in the photograph. c. CONTRACTOR will describe all ground leaks and meter leaks and note them on the City-provided Map at the appropriate address. CONTRACTOR’s notes will include leak number, leak concentration, leak location and Palo Alto Meter # from the meter, if applicable. CONTRACTOR will verify all addresses where leaks are found by checking the physical address on the building. i. In cases where there are inconsistencies between the physical addresses and the address in the Map, CONTRACTOR will consider the address on the building correct and note that on the Map and on the Survey Report Form. Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 20 of 29 d. CONTRACTOR will mark each service with a red check ( ) on the Map and enter each service on the City-provided reporting format (spreadsheet or database) to report the data electronically. e. Any service not checked will be considered not surveyed and CONTRACTOR must be re-survey in order to adequately perform the tasks required in this Agreement (see subsection “f” immediately below for additional information on completing surveys). f. A location is considered completed/surveyed by CONTRACTOR only when CONTRACTOR’s GLS has leak tested the service line and meter set for gas leaks, and verified, classified and documented the findings. g. CONTRACTOR will make every reasonable effort to complete the survey upon the initial site visit. If the GLS is unable to conduct or complete the survey at any location because of an inability to access the premise, CONTRACTOR will take the following actions: i. Complete the “Special Instructions” section of the Gas Meter Leak/AOC Survey Tag (see Exhibit E). CONTRACTOR’s GLS will indicate on the form the reason the survey was not completed at the location (locked gate, dog, etc.). ii. A City-provided door hanger (see Exhibit G) will be attached to the door. The door hanger will advise the resident to contact the City to schedule a date/time for the survey to be conducted on the service/meter. iii. If CONTRACTOR’s GLS is unable to access a location to conduct a complete survey, CONTRACTOR will make up to two additional attempts. The Project Manager may assist in setting up appointments with residents for the two additional attempts. CONTRACTOR’s GLS will be courteous and on time for appointments. iv. CONTRACTOR’s GLS will be available at the conclusion of each survey to work with the City’s meter reading group to access any location where the GLS was unable to complete the survey due to inaccessibility or any other reason. v. If, after an initial visit and two additional visits as arranged by the Project Manager, the site is still inaccessible, the City will consider the contractor’s obligation fulfilled and eligible for payment. Re-survey of Existing 3 Gas Leaks A list of existing Grade 3 Gas Leaks will be provided to the CONTRACTOR’s GLS each year. CONTRACTOR will re-survey leaks and reassess them annually and provide a revised Leak Survey form (see Exhibit F) to the Project Manager. Leak resurveying is a time sensitive task and CONTRACTOR will observe department implemented timelines. As of December 2024, there were 115 existing gas leaks (Grade 3) identified in the gas Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 21 of 29 distribution system. Known leaks are located throughout the City and are identified on the Maps with a red colored asterisk (*). The specific locations of existing leaks will be provided upon award of the contract. Work Hours CONTRACTOR will not conduct overtime, weekend or holiday work, unless receiving prior approval by City. The workday is M-TH 7:30 AM and 4:00 PM. General Reporting Requirements 1. CONTRACTOR’s GLS will immediately report all leaks of a hazardous nature (Grade 1) to Utility Dispatch at (650) 329-2579, to have the leak recorded in the dispatch log and to dispatch a Utility Field Services Representative to the location. The GLS will remain on site until Utility staff arrives. All houseline leaks discovered are considered grade 1 and CONTRACTOR will call them into dispatch. The GLS will wait on scene until a Field Service Representative or other City representative arrives and will communicate findings. 2. CONTRACTOR will deliver completed Survey Report forms, Gas Meter Leak / AOC Survey forms, and Maps to the City no later than 7:30 A.M. on the next regular workday following the survey, unless other arrangements are specifically identified by the City. Drug Testing Requirements CONTRACTOR’s employees who perform operating, maintenance, or emergency response functions on natural gas pipelines are subject to the provisions of Title 49 CFR Part 199, “Drug and Alcohol Testing”, including the requirements for drug testing, record keeping, education, and training. CONTRACTOR will ensure that its affected employees are given drug testing in accordance with the regulations. CONTRACTOR will submit a copy of its “Drug and Alcohol Testing Policy” before performing any work under this Agreement. Final Report CONTRACTOR will prepare a final report, which provides documentation of the entire survey and the results of such survey. One (1) hard copy of the report submitted to the City within thirty (30) days of the survey completion date. CONTRACTOR will provide an electronic copy of the report if available. Additional On-Call Services - Citywide CONTRACTOR will perform additional on-call leak surveying services at the request of City due to emergencies, uprating’s, and additional scheduled work that may come up within the contract period. See next page for Table 1 – Identification of Leak Grades Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 22 of 29 Table 1 Grading and Identification of Gas Leaks Grade Definition Priority of Leak Repair Examples 3 Non-Hazardous – Leaks that are non- hazardous at the time of detection and can reasonably be expected to remain non-hazardous. Leaks will be scheduled for re-evaluation during the next scheduled leakage survey or within 15 calendar months of detection, whichever occurs first, until the leak is re- graded or no longer results in a reading. Grade 3 leaks may include, but are not limited to: 1. A leak that naturally vents to the atmosphere. 2. Any indication of gas < 4% gas-in-air (80% Low Explosive Level LEL) in small gas associated substructures such as valve boxes. 3. A leak with minimal migration. 4. Any indication of gas <1% gas-in-air (20% LEL) in a confined space. 2 Intermediate - Leaks that are not hazardous at the time of detection, justify scheduled repair based on probable future hazard. Leaks should be repaired within one year but no later than 15 months from the date reported. In determining the repair priority, criteria such as the following should be considered: 1. Amount of and migration of gas. 2. Proximity of gas to buildings and subsurface structures. 3. Extent of pavement. 4. Any leak, which in the judgment of company personnel at the scene, is of sufficient magnitude to justify schedule repair Grade 2 leaks may include, but are not limited to: 1. Any leak requiring action prior to any adverse changes in venting conditions. 2. Any leak that would likely migrate into or under buildings. 3. Any indication of gas > 2% gas-in-air (40% LEL) under a sidewalk in a wall-to-wall paved area that is not a Grade 1 leak. 4. Any indication of gas > 5% gas-in-air (100% LEL) under a street in a wall-to-wall paved area. 5. Any indication of gas < 4% gas-in-air (80% LEL) in small substructures associated with gas facilities that would likely migrate creating a probable future hazard. 6. Any indication of gas between 1% and 4% gas-in-air (20% - 80% LEL) in a confined space. 1 Hazardous - Leaks that pose an immediate hazard to persons or property and requires continuous action until conditions are no longer hazardous. Prompt remedial action must be undertaken for leaks classified as hazardous. Prompt remedial action may include, but not be limited to the following: 1. Implementation of the CPAU Emergency Operating Plan. 2. Evacuation of buildings. 3. Blocking off/barricading an area. 4. Rerouting traffic. 5. Eliminating ignition sources. 6. Venting the area and/or buildings. 7. Stopping the flow of gas by closing valves or other means. 8. Notifying Fire, Police and/or other emergency responders. Grade 1 leaks may include, but are not limited to: 1. Any gas leak that can be seen, heard, or felt. 2. Any leak which, in the judgment of company personnel at the scene, is considered as an immediate hazard. 3. Escaping gas that has ignited. 4. Any indication of gas that has migrated into or under a building. 5. Any indication of gas at the outside wall or where gas would likely migrate to an outside wall due to surface conditions or cover and/or subsurface structures or a building. 6. Any indication of gas > 4% gas-in-air (80% LEL) in a confined space. 7. Any indication of gas > 4% gas-in-air (80% LEL) in small substructures not associated with gas facilities where gas would likely migrate to the outside wall of a building. 8. All leaks inside a building(s) 9. All leaks inside enclosures containing electrical equipment. 10. All houseline leaks Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 23 of 29 EXHIBIT A-1 PROFESSIONAL SERVICES TASK ORDER CONSULTANT shall perform the Services detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 are incorporated into this Task Order by this reference. CONSULTANT shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below. CONTRACT NO. OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE) 1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE): 1B. TASK ORDER NO.: 2. CONSULTANT NAME: 3. PERIOD OF PERFORMANCE: START: COMPLETION: 4 TOTAL TASK ORDER PRICE: $__________________ BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT $_______________ 5. BUDGET CODE_______________ COST CENTER________________ COST ELEMENT______________ WBS/CIP__________ PHASE__________ 6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:_____________________________________ 7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A) MUST INCLUDE: SERVICES AND DELIVERABLES TO BE PROVIDED SCHEDULE OF PERFORMANCE MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable) REIMBURSABLE EXPENSES, if any (with “not to exceed” amount) 8. ATTACHMENTS: A: Task Order Scope of Services B (if any): _____________________________ I hereby authorize the performance of the work described in this Task Order. APPROVED: CITY OF PALO ALTO BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________ Task Order and warrant that I have authority to sign on behalf of Consultant. APPROVED: COMPANY NAME: ______________________ BY:____________________________________ Name __________________________________ Title___________________________________ Date ___________________________________ Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 24 of 29 EXHIBIT B SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services according to the following schedule, with clarifications by the Project Manager where needed: 1. Re-survey of all existing grade 3 leaks to be completed before their annual review date (between April 6th and May 15th of each year). 2. Walking Survey to be completed by December of each year, start date to be determined by the project manager each year usually around June, dependent on the completion of the resurveying leak survey. 3. Mobile Survey to be performed during October/November each year. 4. The complete gas survey to be completed by December 31 of each year. Optional Schedule of Performance Provision for On-Call or Additional Services Agreements. (This provision only applies if checked and only applies to on-call agreements per Section 1 or agreements with Additional Services per Section 4.) The schedule of performance shall be as provided in the approved Task Order, as detailed in Section 1 (Scope of Services) in the case of on-call Services, or as detailed in Section 4 in the case of Additional Services, provided in all cases that the schedule of performance shall fall within the term as provided in Section 2 (Term) of this Agreement. Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 25 of 29 EXHIBIT C COMPENSATION CITY agrees to compensate CONSULTANT for the Services performed in accordance with the terms and conditions of this Agreement, including Services, any specified reimbursable expenses, and Additional Services (if any, per Section 4 of the Agreement), based on the hourly rate schedule attached as Exhibit C-1. The compensation to be paid to CONSULTANT under this Agreement for all Services, any specified reimbursable expenses, and Additional Services (if any, per Section 4), shall not exceed the amount(s) stated in Section 4 of this Agreement. CONSULTANT agrees to complete all Services, any specified reimbursable expenses, and Additional Services (if any, per Section 4), within this/these amount(s). Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth in this Agreement shall be at no cost to the CITY. REIMBURSABLE EXPENSES CONSULTANT’S ordinary business expenses, such as administrative, overhead, administrative support time/overtime, information systems, software and hardware, photocopying, telecommunications (telephone, internet), in-house printing, insurance and other ordinary business expenses, are included within the scope of payment for Services and are not reimbursable expenses hereunder. Reimbursable expenses, if any are specified as reimbursable under this section, will be reimbursed at actual cost. The expenses (by type, e.g. travel) for which CONSULTANT will be reimbursed are: NONE up to the not-to-exceed amount of: $0.00. A. Travel outside the San Francisco Bay Area, including transportation and meals, if specified as reimbursable, will be reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel and meal expenses. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges, if specified as reimbursable, will be reimbursed at actual cost. All requests for reimbursement of expenses, if any are specified as reimbursable under this section, shall be accompanied by appropriate backup documentation and information. Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 26 of 29 EXHIBIT C-1 SCHEDULE OF RATES CONSULTANT’s schedule of rates is as follows: CPAU GAS LEAK SURVEY BID TABLE Consultant Bid Schedule A: Mobile Gas (Methane) Year 1 Year 2 Year 3 Bid Schedule A Total- Years 1 through 3 Mobile Gas Leak Survey. All labor, equipment, material, travel and all necessary incidentals to conduct a mobile gas leak survey of the City's gas distribution system $ 40,000.00 $ 41,000.00 $ 42,025.00 $ 123,025.00 Bid Schedule B: Business District Gas Business Districts Year 1 Business Districts Year 2 Business Districts Year 3 Bid Schedule B Total- Years 1 through 3 Business District Leak Survey. All labor, equipment, material, travel and all necessary incidentals to conduct an annual walking gas leak survey of 14 business districts including $ 20,000.00 $ 20,500.00 $ 21,013.00 $ 61,513.00 Bid Schedule C: Walking Gas (Methane) Cost Per Service Surveyed Year 1 Cost Per Service Surveyed Year 2 Cost Per Service Surveyed Year 3 Bid Schedule C Total - Years 1 through 3 All labor, equipment, material, travel and all necessary incidentals to conduct an annual walking gas leak survey of approximately 9,000 residential & commercial gas services, up to and including the meter set including appropriate documentation and repeat visits when $ 8.33 $ 8.55 $ 8.76 $ 230,790.00 Bid Schedule D: Gas Leak Resurvey - Cost Per Service Resurveyed Year 1 Cost Per Service Resurveyed Year 2 Cost Per Service Resurveyed Year 3 Bid Schedule D Total - Years 1 through 3 All labor, equipment, material, travel and all necessary incidentals to resurvey approximately 100 existing gas leaks, up to and including the meter set including $ 30.00 $ 30.75 $ 31.55 $ 9,230.00 On-Call Services - Citywide Year 1 Year 2 Year 3 Total - Years 1 through 3 necessary incidentals to perform additional $ 30,000.00 $ 30,000.00 30,000.00 $ 90,000.00 Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 27 of 29 documentation. Total $ 168,000.00 $ 171,525.00 $ 175,033.00 $ 514,558.00 Year 1 Year 2 Year 3 Total 3 Years The total proposed costs per year: • Year 1: $138,000 • Year 2: $141,525 • Year 3: $145,033 • On-Call Services: $30,000 The above pricing is broken down in the bid table. In addition to the bid table, we have included some rates below for various activities: • $225/hr of regular time labor o Bundled labor rate that includes truck, survey tools, and survey equipment o Labor for: OQ training, additional work, etc. • $300/hr for labor outside of work hours o Bundled labor rate that includes truck, survey tools, and survey equipment o Labor for: Emergency leak response, etc. • $500 mobilization cost for emergency/on-call services • Minimum of 4 hours of labor to be charged for each on-call request or additional work • $150/hr for additional admin work Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 28 of 29 EXHIBIT D INSURANCE REQUIREMENTS CONSULTANTS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS AS SPECIFIED HEREIN. REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONSULTANT, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONSULTANT COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONSULTANT’S AGREEMENT TO INDEMNIFY CITY. II. THE CONSULTANT MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE AT THE FOLLOWING EMAIL: PurchasingSupport@PaloAlto.Gov III. ENDORSEMENT PROVISIONS WITH RESPECT TO THE INSURANCE AFFORDED TO ADDITIONAL INSUREDS: A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F Professional Services Rev. Oct 16,2024 Page 29 of 29 B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. EVIDENCE OF INSURANCE AND OTHER RELATED NOTICES ARE REQUIRED TO BE FILED WITH THE CITY OF PALO ALTO SENT TO THE FOLLOWING EMAIL: Purchasingsupport@PaloAlto.Gov Docusign Envelope ID: 6679A2C3-C4A0-4C67-9985-766D2E34D34F CPAU GAS LEAK SURVEY BID TABLE Consultant Bid Schedule A: Mobile Gas (Methane) Leak Survey Mobile Survey Year 1 Mobile Survey Year 2 Mobile Survey Year 3 Bid Schedule A Total- Years 1 through 3 Mobile Gas Leak Survey. All labor, equipment, material, travel and all necessary incidentals to conduct a mobile gas leak survey of the City's gas distribution system mains including appropriate documentation. Baron Contracting $40,000.00 $41,000.00 $42,025.00 $123,025.00 Alisto Inc.$29,610.00 $29,840.00 $30,270.00 $89,720.00 Heath Consultants Inc.DQ DQ DQ DQ Leak Detection Services Inc.DQ DQ DQ DQ Bid Schedule B: Business District Gas (Methane) Leak Survey Business Districts Survey Year 1 Business Districts Survey Year 2 Business Districts Survey Year 3 Bid Schedule B Total- Years 1 through 3 Business District Leak Survey. All labor, equipment, material, travel and all necessary incidentals to conduct an annual walking gas leak survey of 14 business districts including appropriate documentation. Baron Contracting $20,000.00 $20,500.00 $21,013.00 $61,513.00 Alisto Inc.$67,415.00 $68,945.00 $71,500.00 $207,860.00 Heath Consultants Inc.DQ DQ DQ DQ Leak Detection Services Inc.DQ DQ DQ DQ Bid Schedule C: Walking Gas (Methane) Leak Survey Cost Per Service Surveyed Year 1 Cost Per Service Surveyed Year 2 Cost Per Service Surveyed Year 3 Bid Schedule C Total - Years 1 through 3 Walking Gas Leak Survey. All labor, equipment, material, travel and all necessary incidentals to conduct an annual walking gas leak survey of approximately 9,000 residential & commercial gas services, up to and including the meter set including appropriate documentation and repeat visits when necessary. Baron Contracting $74,970.00 $76,950.00 $78,840.00 $230,760.00 Alisto Inc.$263,045.00 $273,240.00 $283,780.00 $820,065.00 Heath Consultants Inc.DQ DQ DQ DQ Leak Detection Services Inc.DQ DQ DQ DQ Bid Schedule D: Gas Leak Resurvey - Citywide. Cost Per Service Resurveyed Year 1 Cost Per Service Resurveyed Year 2 Cost Per Service Resurveyed Year 3 Bid Schedule D Total - Years 1 through 3 All labor, equipment, material, travel and all necessary incidentals to resurvey approximately 100 existing gas leaks, up to and including the meter set including appropriate documentation. Baron Contracting $3,000.00 $3,075.00 $3,155.00 $9,230.00 Alisto Inc.$7,230.00 $7,495.00 $7,770.00 $22,495.00 Heath Consultants Inc.DQ DQ DQ DQ Leak Detection Services Inc.DQ DQ DQ DQ Total Year 1 Year 2 Year 3 Total 3 Years JASPER RIDGEGATE SealePark Gamble Garden Alma Parkette Byxbee Park Duncan Well Lot T Vacant The Bowl Hetch Hetchy Right of Way CommonArea "B" Timothy Hopkins Park Timothy Hopkins Park MALONEY FIELD PAMF CLARK BUILDING KORETPARK Calif StateLand Barron ParkElementary School Taxi Way Greer Park Lot CC LASUEN GROVE Bryant / LyttonParking Garage TowleCampground Flood Control Basin Arrillaga Property A Adobe Creek Pump Station Kehillah JewishHigh School Common Area Lot K REGION 12 Municipal Golf Course Composting Area ANGELLFIELD ARBORETUM GROVE Effluent Channel Sunset Magazine Common Area "A" MUDD CHEMGAZEBOS Unincorporated SCC See ROS B873P040 Lot Q Civic CenterPlaza AddisonElementary Runway ARRILLAGAPLAZA GOVERNORSCORNER TUNNELACCESS Whole FoodsParking FuelStorageArea Substation POOL VARSITY TENNISCOURTS John Boulware Park Eleanor Pardee Park Parcels merged April 2018 B914PP19-20 Bowman Int.School JacarandaCourtyard Lot C SHOPS DININGROOM HanoverSubstation Faber Laumeister Tract ESCONDIDOVILLAGE Ravine Timothy Hopkins Park THE OVAL GATE 12 10' Path C- 1576July 19, 2000Doc 15319770 REGION 7 JORDANQUAD Cogswell Plaza Arrilliaga Subdivision Baylands MECHEQUIP LINEARACCELERATOR(SLAC) GATE 3 Mitchell Park PUTTINGGREEN GATE 4 Palo VerdeElementarySchool CASPERQUAD Esther Clark Park C of C01-S005Main Quad Monte Bello Open Space Preserve GATE 7 STANFORD ATHLETICS SAND HILL FIELDS Block Books show UndefinedSSE,PUE & SDE MASTERS GROVE KENNEDYGROVE 08-S600FROSTAMPHITHEATRE 06-750SCHWABRESIDENTIALCENTER THE BUTTERY Stanford Medical Center C of C Alta Mesa Memorial Park VenturaCommunityCenter Rinconada Library Lot P Lot N C of CNov 15, 2000 Emily Renzel Ponds Del Medio Park Lot B WallisPark Flood Gates GATE 14 C of C C of C- 1213July 10, 1992 CofC12-19-1995P120OR0679 FROST AMPHITHEATER WOMENS SOFTBALL DIAMOND Lot R Oak CourtApartments Sand Point ESCONDIDO VILLAGE 5(EV-5)(UNITS 127-144) Flood Ponds Parking Parking PAMF PARKING STRUCTURE GASSTOR Hooks Island Parcel split 2013 Parcels merged for condos Aug 2016 Lot C-8 EUCALYPTUS GROVE C Johnson Park 05-730 Walter HayesElementary School Alexander Peers Park GATE 6 Parking Lot C of C10-26-1994 MaybellSubstation 01-502 Memorial Court ARIZONACACTUSGARDEN & LAWN Saint Albertthe GreatChurch Lot E C of CJune 26, 2002 Timothy Hopkins Park Montebello Reservoir Hetch Hetchy Right of Way Nixon Elementary School El Palo Alto Park UTILITYSHAFT Lot O Adobe Creek Substation Common Area GALVEZ FIELD DRIVINGRANGE Baylands Athletic Center EV-1(UNITS 1-54 Lot C-7 SOUTHWESTADIT GATE 9 BOYD & JILL SMITH FAMILY STADIUM WEST CAMPUSTENNIS COURTS Kite Hill Lot C-5 Garage CubberleyCommunity Center ROW PKG Greene Middle School Dwtn ChildCare Ctr Palo Alto Hills Country Club Lot K CPI El Camino Park MANZANITAFIELD REGION 8 10' Path Lawn Bowling Green Flood Control Basin Mountain View Shoreline Park Stratford School Whole FoodsMarket Mitchell Park COWELLCLUSTERHOUSES 10' Path HELIPORT Palo AltoHigh School CofC8-23-1996 KORETPLAZA Rinconada Park Common Area LyttonPlaza Hanover to Matadero Bike Path REGION 6 Mountain View Shoreline Park TermanPark GATE 2 Midtown Area Trailjunction C of COct 25, 2001 BaylandsInterpretiveCenter STANFORDGOLFCOURSE HooverElementary Briones Park POLICE COMPOUND CANFIELDCOURT 10-200 XRAINSAPARTMENTS Fletcher Mountain View Shoreline Park SEQPLAZA BIOLOGY GREENHOUSES Art Center Don Jesus Ramos Park El Camino Park FairmeadowElementarySchool Lot C-4 FRENCHMANSGATE Werry Park Portola Pastures Cogswell Plaza Alta Mesa Memorial Park CHILLERPAD TIBCO C of CJune 17, 2002 The Dish LEVINEFIELD El Palo Alto Park STEUBER FAMILY RUGBY FIELD Property Line409 Definedby Grant Deed#7934319Needsfurther review Los Trancos Open Space Preserve SUNKEN DIAMOND 05-750 Flood Control Basin NewGuineaSculptureGarden SERRA GROVE GATE 11 Land Fill SANDVOLLEYBALL Lot C-6 GATE 1 IM SOUTH C of CJune 24, 2002 Lot H C of C CPI Siebel VarsityGolf TrainingComplex Mayfield Park Stanford Shopping Center Mitchell Park C of C ROW GATE 8 C of C Mitchell Park Lot F Train Station, California Avenue Water Quality Control Plant Veteran's AdministrationHospital See parcel map P912 B018 fordetails of lot division EV-1 STANFORDGOLFCOURSE Santa Clara Valley Water District PIPEWAY Foothills Park SAP CofC16499644 Don SecundinoRobles Park GATE 15 JL StanfordMiddle School Matadero Well Mountain View Shoreline Park Wildhorse Valley Split by Council10-8-1951 06-400WILBURHALLCOMPLEX Byxbee Park CofC11-22-1995P106OR0467 05-010 XLAGUNITA COMPLEXCOURTYARD GSB NIGHTMANAGEMENT CENTER 09-S151RECYCLINGCENTER PIT C of C Common Area Weisshaar Park Public Storage Tom CaseyField CofC VMware SC CountyCourthouseand Jail Hoover Park REGION 4 Maintenance Yard See ROS B873P040 LOS TRANCOS WOODS Cameron Park Palo AltoAirport Monroe Mini Park ELECPAD OhloneElementarySchool Timothy Hopkins Park ARTIFICIAL TURFFIELD TOYON GROVE Greer Park C of C 3-27-1984Rec File #80116492Folder 2-52 CVS Pharmacy Monte Bello Open Space Preserve Hewlett Packard Hooks Point DuveneckElementarySchool Monroe Park Municipal Service Center Park BlvdSubstation Cornelis Bol Park Lot D CofC6-18-1993M840OR0204 Highway 280 C of C 06-PL78Casper QuadParking LotL-78 Hetch-Hetchy ROW C of CJan 25, 1999 FoothillReservoir #2 Kellogg Park Lot A C of C- 1206Feb 4, 1992 Lot WC REGION 2 57- LD- 236-13-1957 Gunn High School Hewlett Subdivision STANFORDCOMMUNITYFARM Hewlett Packard Fletcher Middle School POLICE CofCC-1610 Williams Park Jerry BowdenPark Scott Street Mini Park Tennis Courts Las Trampas Valley GATE 13 El CarmeloElementarySchool FOUNTAIN STABLESandBARNS Union Bank LotC-2 PKG MUNGER GRADUATE RESIDENCE COMPLEX Parkette C of COct 31, 2001 UTILITY SHAFT CHUCKTAYLORGROVE Stanford Palo AltoPlaying Fields Tract No. 5447 16-640ENVIRONMENTALSAFETYFACILITY(ESF) MEMORIALAUDITORIUM Gunn High School Sterling Canal Juana BrionesElementarySchool EL CAMINO GROVE Mitchell Park REGION 10 Scott ParkHeritage Park LotC-9 TennisCourt TUNNELACCESS LAGUNITA GATE 10 PM 7919 DAN ELLIOTTPRACTICE FIELD CROWNQUAD C of C- 1206Feb 4, 1992 Arastradero Preserve Channing House B PAC-10PLAZA 58- LD- 371-8-1959 Lot G GATE 5 Parcel lines approximate.See SCC Assessor maps C of C WHITEMEMORIALPLAZA KEYS SCHOOLMIDDLE CAMPUS Welcome FORDPLAZA Hansen Way TAUBESOUTH FIRE 14-300RESIDENCES Lot C-3 ParkingGarage Sailing Station Los Trancos Open Space Preserve CARNEGIEINSTITUTION Parking CANTORRODINSCULPTUREGARDEN Alta Mesa Memorial Park Castilleja School Cooley Landing Arastradero Preserve Parking LotC-1 Record OverlapResearched 2-10-1976 Easement 1023E91-016Document 11176071Mayfield Reservoir POOL Duck Pond Lot S H7 H5 B6 C5 F4 H6 E9 F17 E5A5 E12 G10F10A10 D9A9 F15D15 F14D14 E13 J20 E11 G11 H20 H19 H18G18 G17D17 G7 D1 F18E18 E7D7C7B7A7 E6D6A6 F5D5B5 F11 E10 G9F9 F16E16D16 E15 E14 I20 B8 G4C4B4 C3 G8F8 K20 E3D3 E2D2 E1 E8D8 F7 G6F6C6 G5 K19G19 G16 E17 E4D4 F3 A8 City of Palo Alto E-Grid q